Z--SPRNCA Boundary Fence Reconstruction Phase II
ID: 140L0625B0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 6, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 5:00 PM UTC
Description

The Bureau of Land Management (BLM) is seeking qualified contractors for the reconstruction of the boundary fence at the San Pedro Riparian National Conservation Area (SPRNCA) in Cochise County, Arizona. This project, estimated to cost between $1 million and $5 million, involves the removal of existing fencing and the installation of a new four-wire wildlife-friendly fence across approximately 28.21 miles, divided into multiple phases. The initiative aims to enhance conservation values in accordance with Public Law 100-696, ensuring compliance with environmental standards and cultural resource protection. Interested small businesses must submit their bids by February 10, 2025, following a mandatory site visit on January 15, 2025; for further inquiries, contact Paula Johnson at pjohnson@blm.gov or call 720-417-3005.

Point(s) of Contact
Files
Title
Posted
The Bureau of Land Management (BLM) is undertaking a project for the reconstruction and maintenance of approximately 28.54 miles of boundary fencing around the San Pedro Riparian National Conservation Area (SPRNCA) in Arizona, with five designated phases. The project aims to enhance the conservation values as stipulated by Public Law 100-696. Key tasks involve removing existing barbed wire fencing and constructing a new four-wire wildlife-friendly fence, including installation of T-posts, gates, and stress panels, while adhering to environmental safety regulations and local topographical challenges. The project will occur on public land and requires careful planning, including access routes for construction, strict waste disposal guidelines, and protection of cultural resources. Contractors are tasked with submitting safety and quality control plans, managing invasive species, and conducting operations minimizing disruption to residents. The document also outlines specifications for materials and equipment to be used, emphasizing environmental considerations such as preventing fuel spills and monitoring for migratory birds. This RFP reflects the government's commitment to maintaining natural resources while facilitating sustainable development through structured compliance and governance in public land management.
Dec 19, 2024, 1:05 AM UTC
The Bureau of Land Management (BLM) has issued a pre-solicitation notice for a construction project aimed at reconstructing boundary fences within the San Pedro Riparian National Conservation Area (SPRNCA) in Cochise County, Arizona. The project entails five phases, covering approximately 28.21 miles of fencing, with a total construction cost estimated between $1 million and $5 million. The expected duration of work is 455 calendar days following the notice to proceed. Eligible bidders must qualify as small businesses under the NAICS Code 238990, and proposals will be solicited shortly after the anticipated RFP issuance around January 3, 2025. Prospective contractors need a Unique Entity ID and an active SAM profile. A site visit is planned approximately 1-2 weeks post-RFP issuance. Work will include clearing vegetation, installing T-posts, panels, gates, and removing old fence materials, requiring various types of equipment. This notice invites public comments on draft specifications and drawings provided, highlighting the government's openness to feedback. Overall, this project reflects the BLM's efforts to protect the conservation values of the SPRNCA as established under Public Law 100-696.
Dec 19, 2024, 1:05 AM UTC
The Bureau of Land Management's Tucson Field Office has initiated a project for the reconstruction of 28.21 miles of the boundary fence at the San Pedro Riparian National Conservation Area (SPRNCA). This project, divided into five phases (1B, 1C, 1D, 2B, and 3A), aims to restore a partially functioning fence that is vital for conservation efforts as mandated by Public Law 100-696. The reconstruction involves clearing vegetation, installing new T-posts and wire fencing, and adhering to wildlife-friendly standards set by the Arizona Game and Fish Department. The work will be conducted exclusively on BLM-managed public land and requires the contractor to remove existing fencing debris responsibly. Access to the site will be carefully managed to limit disruption to the surrounding ecosystem, with specific conditions for safety, environmental considerations, and the protection of cultural resources. The stakeholders aim to ensure minimal ecological impact, proper materials management, and effective communication throughout the project's duration, all while maintaining compliance with legal regulations and guidelines. This initiative exemplifies the agency's commitment to safeguarding vital conservation areas while ensuring infrastructure integrity.
Feb 6, 2025, 5:08 PM UTC
Feb 6, 2025, 5:08 PM UTC
Feb 6, 2025, 5:08 PM UTC
Feb 6, 2025, 5:08 PM UTC
Feb 6, 2025, 5:08 PM UTC
Feb 6, 2025, 5:08 PM UTC
The Solicitation No. 140L0625B0003 outlines a Construction Invitation for Bid (IFB) for the San Pedro Riparian National Conservation Area Boundary Fence Reconstruction, encompassing various phases (1B, 1C, 1D, and options 2B and 3A) in Cochise County, AZ. The project has an estimated cost between $1M-$5M and is set aside exclusively for small businesses under NAICS code 238990. Prospective bidders are instructed to submit proposals by completing the provided SF1442 form and attending a mandatory site visit on January 15, 2025. Bids must include detailed pricing for mobilization, fence construction, and other related work, adhering to specified construction wage rates. The bid schedule, specifications, and clauses relating to contract performance, including safety and federal compliance, are detailed in the solicitation documents. The contracting officer, Paula Johnson, provides guidance for proposal submission and inquiries. This solicitation promotes structural reinforcement and habitat protection while ensuring adherence to federal contracting principles and small business participation.
The Bureau of Land Management’s Tucson Field Office is initiating a reconstruction project for the boundary fence of the San Pedro Riparian National Conservation Area (SPRNCA) across five phases, totaling approximately 28.21 miles. The project aims to restore a non-functioning fence to enhance conservation values, in line with Public Law 100-696. Each phase entails specific distances, with work involving vegetation clearing, installation of T-posts and fencing materials, and removal of existing fencing. The construction will adhere to BLM specifications and Arizona Game and Fish standards for a four-wire fence, ensuring wildlife-friendliness. The contract includes comprehensive details regarding work description, access routes, and environmental considerations, such as cultural resource protection and the handling of invasive species. Contractors will be responsible for weekly progress updates, disposal of debris, and adherence to safety and quality control plans. The project emphasizes maintaining the natural environment, minimizing erosion, and ensuring fire safety compliance. Access for equipment is designated along specified pathways, while the overall effort reflects the federal commitment to land management and conservation at the SPRNCA.
Feb 6, 2025, 5:08 PM UTC
The document appears to be a complex, corrupted compilation that may contain content related to federal government RFPs, grants, or state/local proposals. However, the text is largely indecipherable due to encoding issues, which have rendered it unreadable and fragmented. Given the typical context of such documents, they often summarize funding opportunities or solicit bids for government projects, outlining requirements, eligibility, and application processes. Ordinarily, these files would delineate objectives of the requests for proposals (RFPs), emphasize key qualifications and project scope, and present deadlines alongside budget considerations. They usually serve to inform potential applicants about specific programs or projects seeking contractors, consultants, or other service providers. Unfortunately, the document fails to present any coherent information due to extensive corruption and illegible text. A regular document of this nature would support careful proposal crafting in response to government funding or procurement opportunities. However, this document does not offer useful or actionable insights. Further investigation to obtain an uncorrupted version is necessary for a proper analysis and summary.
Feb 6, 2025, 5:08 PM UTC
This document provides an overview of solicitation requirements related to federal government contracts, specifically focusing on the limitations on subcontracting for small businesses. It outlines various components, including self-performance percentages, total amounts proposed, and labor costs associated with small and large business subcontractors. Key points include the need for compliance with FAR specifications regarding subcontractor tiers, where first-tier subcontractors must qualify as small businesses under the designated NAICS code, while second-tier subcontractors count as large business labor. For compliance, the limitation on subcontracting percentage must exceed the required self-performance percentage. The document also specifies that the total amount proposed comprises material costs and labor costs, emphasizing that all calculations and definitions must adhere to federal guidelines. This framework is essential for maintaining the integrity of small business participation in government contracts, ensuring that adequate levels of self-performance are met while accommodating subcontractor roles.
The document pertains to the Solicitation 140L0625B0003 for the reconstruction of boundary fences at the San Pedro Riparian National Conservation Area (SPRNCA). It contains a series of questions and answers addressing contractor inquiries about bonding requirements, access regulations, payment schedules, project timelines, and specific materials for construction. Key points include: bonding requirements applying to the total contract amount; limited permissions for exiting designated zones; payment according to fixed-price construction guidelines; and mandatory coordination with utility companies. The document also specifies that option prices are fixed post-award and addresses the acceptable types of pipe and post installations based on soil conditions. Additionally, it clarifies the wage determinations for labor used in the project, emphasizing compliance with the Department of Labor guidelines. The overall purpose is to provide clarity and guidance to prospective contractors regarding requirements and procedures involved in the project, ensuring transparency and consistency in the bidding process, as regulated by federal norms for contracts.
The document details an Invitation for Bid (IFB) for the reconstruction of boundary fences at the San Pedro Riparian National Conservation Area in Cochise County, AZ, with a contract value estimated between $1M and $5M. It is specifically set aside for small businesses and encompasses multiple phases of fence construction, including mobilization, fence removal, and new installations. The bidding process requires contractors to prepare detailed proposals adhering to set specifications and submission deadlines. A site visit is scheduled for January 15, 2025, and all questions must be submitted by January 17, 2025. Key requirements include safety and quality control plans, adherence to federal wage determinations, and compliance with cultural preservation laws. The document outlines responsibilities regarding contract administration, invoicing procedures, and special contractual conditions related to working hours and fire danger seasons. This IFB represents the government's initiative to enhance conservation areas while promoting small business participation in federal contracts.
The document outlines an Invitation for Bid (IFB) for the reconstruction of the boundary fence at the San Pedro Riparian National Conservation Area (SPRNCA) in Cochise County, Arizona. It specifies that the contract type is a firm fixed price construction contract, with an estimated value between $1 million and $5 million, set aside for small businesses. The project encompasses multiple phases of fence reconstruction under specifications detailed in the document, including specific tasks such as mobilization, removal of old fence, and installation of new materials. A mandatory site visit is set for January 15, 2025, with questions due by January 17, 2025. The document further outlines the bid submission process, contract clauses, and requirements for safety, quality control, and compliance with federal regulations regarding subcontracting and wage standards. This invitation emphasizes the importance of adhering to environmental and safety protocols, including protocols for dealing with cultural and historical resources that may be encountered during the project. Overall, the IFB serves as a comprehensive guide for bidders interested in participating in the SPRNCA boundary fence reconstruction project, ensuring compliance with federal contracting standards and local regulations.
The Bureau of Land Management (BLM) is initiating the San Pedro Riparian National Conservation Area (SPRNCA) boundary fence reconstruction project, focused on enhancing conservation values by reconstructing approximately 28.21 miles of non-functioning fencing across five phases. The project includes phases 1B, 1C, 1D, and options 2B and 3A, involving clearing vegetation, installing T-posts, gates, and stress panels, and safely disposing of debris. The work will adhere to established environmental and wildlife protection standards, including restrictions during nesting seasons. Access routes primarily use existing roads to mitigate terrain impact, with contractor responsibilities detailed for fence removal, construction, safety, and cultural resource protection. The contractor must submit safety and quality plans within ten days post-award and ensure compliance with fire prevention regulations. A pre-work bird survey will be conducted to safeguard against potential disruptions to migratory bird nesting. This comprehensive approach aims to restore fence functionality while considering ecological impacts and local stakeholder coordination in Cochise County, Arizona.
Feb 6, 2025, 5:08 PM UTC
The document outlines the agenda for a pre-proposal site visit related to the reconstruction of boundary fences at the San Pedro Riparian National Conservation Area (SPRNCA). Scheduled for January 15, 2025, the gathering aims to familiarize potential bidders with project specifications. Key topics include team introductions with relevant personnel from the Bureau of Land Management (BLM), project magnitude (estimated between $1M - $5M), and its designation as a total small business set-aside. Contractors are informed to prepare for a period of performance lasting 455 days after receiving a notice to proceed, with the basis of award being sealed bidding. Important dates include submitting questions by January 17, 2025, and bid submissions by February 7, 2025. Attendees are instructed to maintain group cohesion during site visits, as well as to follow solicitation protocols for inquiries. Technical discussions will address the project's background, timeline, operations, and anticipated challenges for contractors. This document serves as a vital resource for potential bidders in adhering to procedural requirements and understanding project expectations.
Feb 6, 2025, 5:08 PM UTC
Feb 6, 2025, 5:08 PM UTC
This document serves as an amendment to a federal solicitation, specifically referencing solicitation number 140L0625B0003. The amendment outlines critical administrative instructions regarding the acknowledgment of the amendment by potential contractors, specifying acceptable methods for acknowledgment to avoid rejection of offers. It modifies an existing contract by replacing Attachment 1 with an updated version, adhering to the guidelines of the Federal Acquisition Regulation (FAR). The effective period for the modified contract is set from February 21, 2025, to May 22, 2025, and all other terms and conditions remain intact. Contractors are required to submit any changes to their offers by the designated deadline through the outlined communication methods. The document emphasizes a formal approach to contract management within federal procurement, ensuring transparency and compliance during the amendment process. Overall, it reflects the procedural rigor required in federal grants and contracting, underscoring the importance of communication and documentation in public sector transactions.
Feb 6, 2025, 5:08 PM UTC
The document is an amendment to a federal solicitation identified by the number 140L0625B0003, issued by the Bureau of Land Management in Denver, Colorado. The amendment outlines necessary changes to the solicitation, specifically updating the Period of Performance to align with contract specifications. The new effective dates span from February 21, 2025, to May 22, 2026. Additionally, the amendment includes an attachment with Questions & Answers related to Amendment 0002, along with the site visit agenda and attendance records. It emphasizes the requirement for contractors to acknowledge receipt of the amendment by specified methods to ensure their offers are accepted. All other terms and conditions of the original solicitation remain unchanged. This amendment serves as a formal notification to stakeholders involved in the bidding process for the project outlined in the solicitation.
Feb 6, 2025, 5:08 PM UTC
The document serves as an amendment to a solicitation issued by the Bureau of Land Management (BLM) regarding an upcoming project. Key changes include an updated bid submission deadline now set for February 10, 2025, at 10:00 AM Mountain Standard Time, with submissions to be emailed directly to the provided address. Additionally, the amendment incorporates a new Terms & Conditions document that must be adhered to. The period of performance for the project is outlined as lasting from February 21, 2025, to May 22, 2026. Notably, this amendment emphasizes that all other terms and conditions remain unchanged, ensuring continuity in the contractual obligations. As such, contractors are required to acknowledge and submit the amendment with their offers, reinforcing the importance of compliance with submission guidelines to avoid potential rejection. This document reflects the procedural norms found in federal procurement processes, aiming to maintain clarity and structure in contract modifications.
Feb 6, 2025, 5:08 PM UTC
The document serves as an amendment to a federal solicitation, specifically altering a contract between the government and a contractor. The amendment requires acknowledgment of receipt via specified methods, emphasizing the importance of timely submission to avoid rejection of offers. It updates the specifications of the project and extends the performance period from February 21, 2025, to May 22, 2026. The amendment is issued under the authority of the Federal Acquisition Regulation (FAR), with clear instructions for the contractor to incorporate the updated specifications document into their existing offer. All other terms and conditions remain unchanged, ensuring continuity in the contractual agreement. This document exemplifies standard procedures within government procurement processes, reflecting the importance of adhering to deadlines and accurate documentation in federal contracts.
Feb 6, 2025, 5:08 PM UTC
This document is a federal government solicitation for construction services related to the SPRNCA Boundary Fence Reconstruction, issued as an Invitation for Bid (IFB). The project, located in Cochise County, AZ, requires a firm-fixed price contract and is governed by FAR Part 14, which stipulates sealed bidding procedures. The bid opening is scheduled for February 7, 2025, conducted virtually, and requires submission of sealed offers by the specified deadline. The contractor must start performance within a defined timeframe following award notification, with a performance period set from February 21, 2025, to May 22, 2025. Additional requirements include performance and payment bonds for the full contract amount, as well as a bid guarantee upon submission. The estimated cost for this project falls between $1 million and $5 million. This solicitation emphasizes the government's commitment to addressing construction needs while ensuring compliance with established regulations and securing competitive bidding practices.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
F--BIL_BAR_Horning Seed Orchard Field Fence Installation for the BLM-Portland Offi
Buyer not available
The Bureau of Land Management (BLM), Oregon State Office, is seeking proposals for the installation of field fencing at the Horning Seed Orchard in Colton, Oregon. This procurement is specifically set aside for Women-Owned Small Businesses and involves a firm fixed price construction contract with a project magnitude estimated between $25,000 and $100,000. The successful contractor will be required to complete the installation within 60 days following the issuance of the Notice to Proceed (NTP), with the solicitation expected to be released around May 1, 2025. Interested parties can contact Susanne Clark at susanneclark@blm.gov or by phone at 503-808-6494 for further details.
Security Fencing - OLANCHA FIRE STATION FENCE INST
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for the installation of a security fence and curb repair at the Olancha Fire Facility in Inyo County, California, under Request for Quotation (RFQ) No. 140L1225Q0007. The project involves the installation of an 80-foot section of 72-inch galvanized steel chain-link fence, the replacement of a damaged 10-foot section, and the repair of a section of driveway curbing, with a total project cost expected to be less than $25,000. This opportunity is set aside for small businesses, emphasizing compliance with the Buy American Act and federal wage regulations, with a performance period from June 1, 2025, to August 30, 2025. Interested contractors must submit their quotations by May 5, 2025, and can contact John Cabral at jcabral@blm.gov or 707-438-5293 for further information.
F--WOLFHOLE LAKE LRP-S. SEEDING APPLICATION
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to participate in the Wolfhole Lake Landscape Restoration Project, specifically for a seeding application across 273 acres of BLM-administered lands in Mohave County, Arizona. The objective of this procurement is to enhance vegetative species diversity by seeding native plants, which will improve wildlife habitat and rangeland health prior to planned mastication work over a larger area. This initiative is crucial for restoring ecosystems and managing invasive species, thereby promoting environmental conservation efforts. Interested contractors must submit their proposals, including pricing details, by May 12, 2025, to Cynthia Markum at cmarkum@blm.gov, with the contract award contingent upon the availability of funds and compliance with federal regulations.
BMD RV&AIRPORT TRAILER SIDING REPLACEMNT
Buyer not available
The Bureau of Land Management (BLM) is soliciting bids for the replacement of sidings and skirts on trailers located at Clark RV Park and the Air Tanker Base in Battle Mountain, Nevada. The project entails the removal of existing materials and installation of new vinyl siding, weather barriers, and insulated skirts, with a focus on compliance with local codes and minimal disruption to residents. This initiative underscores BLM's commitment to maintaining its facilities to ensure safety and functionality. Interested contractors must submit their proposals by April 30, 2025, with an estimated project cost between $25,000 and $100,000, and can direct inquiries to Matthew Bernard at mbernard@blm.gov or by phone at 775-861-6420.
Y--BIE Chinle Agency Fencing Installation
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the installation of a chain-link fence and two gates at the Bureau of Indian Education's Chinle Agency in Arizona. The project entails the construction of 1,995 linear feet of commercial-grade chain-link fencing, aimed at enhancing security and protecting property from vandalism and break-ins. This initiative is part of the government's commitment to improving safety on tribal lands and is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), promoting economic opportunities for qualified Indian-owned businesses. Interested contractors must submit their proposals by the end of April 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Katrina Eaton at katrina.eaton@bie.edu or by phone at 405-531-7933.
THRO South Unit Fence Construction
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the construction of a new fence at Theodore Roosevelt National Park's South Unit in Medora, North Dakota. The project involves replacing an existing 6-foot fence with a 7-foot galvanized steel mesh fence over approximately 1.44 miles, with an additional bid option for 0.56 miles, aimed at enhancing wildlife management and visitor safety. This initiative is critical for managing local bison, elk, and feral horse populations while ensuring minimal environmental impact and compliance with federal regulations. Interested small businesses must submit sealed bids by the specified deadline, with the contract value estimated between $500,000 and $1,000,000. For further inquiries, contractors can contact Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
Y--Construction of Power Line
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.
Z--Repair Bow Creek Fence
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the Repair Bow Creek Fence project at the Missouri National Recreational River in Yankton, South Dakota. The project involves the removal of damaged vegetation, repair of existing fencing, and installation of new treated wood posts and H-braces to secure the park's boundaries and manage cattle access. This initiative is crucial for maintaining the integrity of park infrastructure and ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by May 8, 2025, at 12 PM ET, and can contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further information.
Herbicide Treatment-PLO 1015 unit of Buenos Aires
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for herbicide treatment services targeting non-native salt cedar resprouts at the Buenos Aires National Wildlife Refuge in Avondale, Arizona. The contractor will be responsible for providing personnel, equipment, and the herbicide Garlon 4 Ultra to effectively manage invasive species over approximately 60 acres, as part of a habitat restoration initiative following the 2020 Avondale Fire. This project is crucial for enhancing ecological conditions and supporting native wildlife recovery efforts. Interested small businesses must submit their proposals by April 30, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
Chain-link Fence Replacement, Red Rock Day School
Buyer not available
The Department of the Interior, through the Bureau of Indian Affairs, is soliciting proposals for the replacement of a chain-link fence at the Red Rock Day School in Arizona. This project is a fixed-price contract with an estimated total cost of under $25,000, and it requires compliance with specific federal regulations, including the Davis Bacon Wage Determinations and safety standards. The procurement process includes a site visit scheduled for April 23, 2025, with proposals due by May 9, 2025, and inquiries must be submitted by April 28, 2025. Interested contractors can reach out to Yui Hoptowit at yui.hoptowit@bie.edu or call 808-978-2605 for further information.